This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in
accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of
Commercial
Items and FAR Part 13, Simplified Acquisition Procedures.
This announcement constitutes the only solicitation. This is a Total Small
Business Set
Aside (FAR 52.219-6) brand name or equal requirement. Only quotes submitted by
Small Business Concerns will be accepted by the Government. Any quote that is
submitted by a contractor that is not a Small Business Concern will not be
considered for
award. Competitive quotes are being requested under N66001-16-P-0499. NAICS
code
is 334118 and business size standard is 1000 employees.
Basis for award: The government anticipates awarding a firm-fixed price
purchase order
and it will be based on the lowest priced, technically acceptable quote.
All tangible items with a unit cost of $5,000.00 and over in reference to DFARS
252.211-
7003, Item Identification & Valuation must have a UID label.
0001 = National Instruments NI PXIe-1085, 18-Slot 3U PXI Express Chassis, 12
GB/s
System BW; 781813-01, QUANTITY = 2
0002 = 18-Slot Chassis Filler Panel Kit (to cover 17 slots); 778646-01,
QUANTITY: 2
0003 = Power Cord, AC, U.S., 125VAC, 15A; 763830-01, QUANTITY: 2
0004 = 8 GB Upgrade/Replacement RAM for PXIe-8840 and PXI-8840; 783001-8192,
QUANTITY: 2
0005 = PXIe-8840 Quad-Core, Win 7 (64-bit); 784007-04, QUANTITY: 2
0006 =Standard Service Program for PXI Systems; SRV-PX5060890, QUANTITY: 1
0007 =LabVIEW Real-Time Deployment License for NI PXI Controllers (ETS RTOS);
777849-01, QUANITITY: 2
0008 =NI PXI-6115 S Series Multifunction I/O Board & NI DAQ for Windows;
778194-01,
QUANTITY: 4
0009 = NI PXI-7334, 4 Axis Stepper Motion Controller; 778444-01, QUANTITY: 2
0010 = NI PXI-5402 14-bit, 100 MS/s Function Generator, 20 MHz Sine/Square, 1
MHz
Triangle/Ramp; 779655-01, QUANTITY: 2
0011 =NI 14/18-Slot Chassis Front Rack Mount Kit; 778644-01, QUANTITY: 2
0012 = UMI-7774, 4 Axis Univeral Motion Interface, DSUB Connectors; 778558-01,
QUANTITY: 2
0013 =TB-2708 PXI Front-mount SMB Terminal Block for PXI-6115 and PXI-6120 S
Series Simultaneous Data Acquisition; 778823-01, QUANTITY: 4
0014 =SMB-100, SMB to BNC Female; 763389-01 , QUANTITY: 4
0015 =SHC68-C68-S, 68 pin VHDCI to 68 pin VHDCI, 2m; 186380-02, QUANTITY: 4
0016 =X13 GPIB Cable, MicroD25 to Shieldedcable/Standard connector, 2M;
183285-02,
QUANTITY: 2
0017 = BNC Plug to BNC Plug, 1 m; 781887-01, QUANTITY: 2
0018 = NI Software Platform Bundle, USB; 784333-35, QUANTITY: 1
0019 = UID LABEL, If applicable
0020 = Shipping, if applicable
"The statement below applies to all CLINS: To be considered for award, the
offeror
certifies that the product(s) being offered is an original, new and Trade
Agreements Act
(TAA) compliant product, and that the subject products are eligible for all
manufacturer
warranties and other ancillary services or options provided by the
manufacturer. Offeror
further certifies that it is authorized by the manufacturer to sell the
products that are the
subject of this action in the US (i.e., that the products are TAA compliant and
that the
offeror is authorized to sell them in the US). Offerors are required to submit
documentation with the offer identifying its supply chain for the product, and
certifying
that all products are new, TAA compliant, and in their original packaging. By
making an
offer, offeror also consents to no cost cancellation of the non-compliant
awarded items if,
upon inspection after delivery, any products provided are not recognized or
acknowledged by the manufacturer as new and original products that are eligible
for
warranties and all other ancillary services or options provided by the
manufacturer or
that offeror was not authorized by the manufacturer to sell the product in the
US, or that
the product is in some manner not TAA compliant. "
Vendor must provide at time of submission of quote their distributor
information
(POC, phone number) and any documentation supporting that the items are
actually
coming from that OEM, i.e., certification, letter or copy of invoice. Failure
to provide
such proof will be treated as non-responsive and your quote will be treated as
non-
responsive and will not be considered for award.
Vendors, include the following information in the quote:
a. DUN & Bradstreet number
b. CAGE Code
c. Business size
d. Requested delivery date: 16 weeks or sooner after receipt of order
e. RFQ Number: N66001-16-P-0499
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular (FAC) 2005-89, Effective 08/15/16 and Defense Federal
Acquisition
Regulation Supplement (DFARS), Defense Publication Notice (DPN) 20150811,
Effective
11 August 2016. It is the responsibility of the contractor to be familiar with
the
applicable clauses and provisions. The clauses can be accessed in full text at
www.farsite.hill.af.mil.
FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement
Statutes or
Executive Orders -- Commercial Items applies to acquisition and includes:
FAR Clause 52.212-1, Instructions to Offerors Commercial and 52.212-4, Contract
Terms
and Conditions Commercial Items, incorporated by reference, applies to this
acquisition.
FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial
Items
and DFAR S 252.212-7000 Offeror Representations and Certifications Commercial
Item
applies to this acquisition in e-Commerce.
FAR Clause at 52.212-2 Evaluation Commercial Items basis for award will be
the lowest
priced technically acceptable quote.
52.204-2, Security Requirements
52.204-7, Data Universal Numbering System (DUNS)
52.204-16, Commercial and Government Entity Code Reporting
52.204-17, Ownership or Control of Offeror
52.204-99, System for Award Management Registration (Deviation)
52.209-6, Protecting the Government's Interest When Subcontracting with
Contractors
Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note)
52.214-3, Amendments to Invitations for Bids
52.214-4, False Statements and Bids
52.214-5, Submission of Bids
52.214-6, Explanation to Prospective Bidders
52.214-7, Late Submissions, Modifications, and Withdrawals of Bids
52.219-6, Notice of Total Small Business Set-Aside
52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126)
52.222-21, Prohibition of Segregated Facilities (Feb 1999)
52.222-26, Equal Opportunity (E.O. 11246)
52.222-3, Convict Labor (E.O. 11755)
52.222-36, Affirmative Action for Workers with Disabilities
52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g))
52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations,
and
statutes administered by the Office of Foreign Assets Control of the Department
of the
Treasury)
52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration
(31
U.S.C. 3332)
52.233-3, Protest After Award (31 U.S.C. 3553)
52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108-78)
DFAR Clause 252.204-7000, Disclosure of Information, 252.204-7012, Safeguarding
of
Unclassified Controlled Technical Information, 252-204-7001, Commercial and
Government Entity (CAGE) Code Reporting and 252.211-7003, Item Unique
Identification
and Valuation (applies to items over $5K)
252.203-7998 Prohibition on Contracting with Entities that Require Certain
Internal
Confidentiality AgreementsRepresentation. (DEVIATION 2015-O0010) (FEB 2015)
(a) In accordance with section 743 of Division E, Title VIII, of the
Consolidated and
Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235),
Government
agencies are not permitted to use funds appropriated (or otherwise made
available)
under that or any other Act for contracts with an entity that requires
employees or
subcontractors of such entity seeking to report fraud, waste, or abuse to sign
internal
confidentiality agreements or statements prohibiting or otherwise restricting
such
employees or contactors from lawfully reporting such waste, fraud, or abuse to
a
designated investigative or law enforcement representative of a Federal
department or
agency authorized to receive such information. (b) The prohibition in
paragraph (a) of
this provision does not contravene requirements applicable to Standard Form
312, Form
4414, or any other form issued by a Federal department or agency governing the
nondisclosure of classified information. (c) Representation. By submission of
its offer,
the Offeror represents that it does not require employees or subcontractors of
such entity
seeking to report fraud, waste, or abuse to sign or comply with internal
confidentiality
agreements or statements prohibiting or otherwise restricting such employees or
contactors from lawfully reporting such waste, fraud, or abuse to a designated
investigative or law enforcement representative of a Federal department or
agency
authorized to receive such information. (End of provision)
This RFQ closes on August 31, 2016 at 10:00 AM, Pacific Time. Questions and
quotes
must be uploaded on the SPAWAR e-Commerce website at https://e-
commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified
Acquisitions/N66001-16-P-
0499. E-mail quotes will not be accepted. For e-Commerce technical issues,
please
contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or
[email protected].
The point of contact for this solicitation is Christopher Shaw at
[email protected]. Please include RFQ N66001-16-P-0499 on all
inquiries.
All responding vendors must have a completed registration in the System for
Award
Management (SAM) website prior to award of contract. Information can be found
at
https://www.sam.gov/. Complete SAM registration means a registered DUNS and
CAGE
Code numbers.
Bid Protests Not Available